Controlled Temperature Storage
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jul 15, 2024 12:39 pm EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Dec 29, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2GZ - REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: New Cumberland , PA 17070USA
Description
Controlled Temperature Storage. Contractor shall provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation for the procurement and construction to install a new, temperature-controlled storage room inside existing warehouse, complete with insulation, lighting, HVAC, and fire protection at Defense Distribution Depot San Joaquin, Tracy CA. in accordance with specifications and drawings.
The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price.
The scope of work includes but is not limited to the following:
- PROJECT REQUIREMENTS
Project Description: Provide the necessary labor, material and/or equipment to complete the project. Work tasks include, but are not necessarily limited to the following items;
Install a new, temperature-controlled storage room inside existing warehouse, complete with insulation, lighting, HVAC, and fire protection.
Working Hours:
Contractor's working hours will coincide with working hours of Defense Logistics Agency, DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holiday. Any required power shutoff will occur during afterhours or on weekends. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Juneteenth, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday.
Period of Performance:
Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 270 calendar days from receipt of the NTP.
This acquisition is set-aside 100% for Women Owned Small Business concerns.
The NAICS Code for this procurement is 236220. The small business size standard is $45,000,000.
The magnitude of this construction effort is between $500,000.00 and $1,000,000.00.
The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-24-B-0007 for the above stated requirement is on or around July 27, 2024. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time.
Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the SAM website at http://www.sam.gov. Hard copies of the solicitation will not be distributed.
Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above.
Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award.
All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award.
All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
Attachments/Links
Contact Information
Contracting Office Address
- ACQUISITION OPERATIONS (J7) 430 MIFFLIN AVENUE SUITE 3102A
- NEW CUMBERLAND , PA 17070-5008
- USA
Primary Point of Contact
- Mogen Gilson
- mogen.gilson@dla.mil
- Phone Number 7177704757
Secondary Point of Contact
History
- Dec 29, 2024 11:55 pm ESTPresolicitation (Updated)
- Aug 07, 2024 10:19 am EDTPresolicitation (Updated)
- Jul 15, 2024 12:39 pm EDTPresolicitation (Original)